Aircraft Rescue Firefighting Vehicle Lease

SOL #: FA483026Q0014Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA4830 23 CONS CC
MOODY AFB, GA, 31699-1700, United States

Place of Performance

Fort Moore, GA

NAICS

Other Commercial and Industrial Machinery and Equipment Rental and Leasing (532490)

PSC

Lease Or Rental Of Equipment: Ground Effect Vehicles, Motor Vehicles, Trailers, And Cycles (W023)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 24, 2026
2
Last Updated
Mar 16, 2026
3
Submission Deadline
Mar 17, 2026, 5:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of the Air Force, through its office FA4830 23 CONS CC, is soliciting proposals for the lease of one (1) Aircraft Rescue Firefighting (ARFF) Vehicle for Moody Air Force Base (AFB), GA 31699. This opportunity is a Total Small Business Set-Aside and seeks to ensure the base's fire and emergency services are equipped to respond to aircraft emergencies. Responses are due by March 17, 2026, at 1:00 PM EST.

Scope of Work

The vendor shall provide Moody AFB with one (1) ARFF vehicle that meets original manufacturer's standards, US Government Military, and National Fire Protection Association (NFPA) practices, specifically NFPA 414. The vehicle must be capable of responding both on and off paved surfaces. Key responsibilities include:

  • Providing a new or like-new ARFF vehicle.
  • Performing all repairs and services during the lease period, utilizing an Emergency Vehicle Technician (EVT) certified person/agency.
  • Conducting a joint Technical Inspection with government representatives to determine maintenance requirements.
  • Providing digital apparatus safety information and training to F&ES personnel on operation, inspection, and firefighting systems.
  • Moody AFB will furnish all necessary utilities and fuel; the vendor is not responsible for scheduled maintenance.

Key Vehicle Requirements

The ARFF vehicle must meet stringent specifications, including:

  • Performance: NFPA 414 compliant, demonstrated by a 10-mile road test (fully loaded, no power loss/overheat) and current pump test results at delivery.
  • Capacities: Minimum 3000-gallon water tank (baffled per NFPA), minimum 400-gallon foam tank (empty at delivery, flushed if AFFF was contained).
  • Pumping Systems: Pump capable of at least 1950 GPM at 240 PSI; roof turret (600 GPM low, 1200 GPM high); bumper turret (500 GPM); handline/booster reel (minimum 100-foot length, 240 PSI).
  • Secondary System: 450 lb Dry Chemical system with expellant and hose reel (full at delivery).
  • Features: Automatic transmission with pump and roll capability, minimum three (3) seats, air conditioning (cooling from 100°F to 75°F within 30 minutes), NFPA compliant emergency lighting and electronic siren.
  • Warranty: Bumper-to-bumper for the duration of the lease, provided the vehicle is placed in service within 5 days of delivery.

Contract Details & Timeline

  • Opportunity Type: Combined Synopsis/Solicitation
  • Period of Performance: A two (2) month base period with ten (10) one (1) month options.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: W023 (Lease Or Rental Of Equipment: Ground Effect Vehicles, Motor Vehicles, Trailers, And Cycles)
  • Questions Due: March 13, 2026, 4:00 PM EST
  • Responses Due: March 17, 2026, 1:00 PM EST
  • Published Date: March 12, 2026

Submission & Evaluation

  • Evaluation Factors: Award will be based on item technical capability, lowest price technically acceptable, and past performance, as per FAR 52.212-2.
  • Submission Requirements: Quotes must adhere to the Attachment 1 Solicitation CLIN structure, showing 13 line items. Submissions must include company name, address, CAGE Code, SAM UEI, main point of contact, and socio-economic status.
  • Submission Method: Responses must be sent via email to SSgt Justin De Jesus at justin.de_jesus@us.af.mil. The email subject line must include the RFQ ID number FA483026Q0014.

People

Points of Contact

SSgt Justin DeJesusPRIMARY
Samuel D. GarfunkelSECONDARY

Files

Files

Download

Versions

Version 3
Combined Synopsis/Solicitation
Posted: Mar 16, 2026
View
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Mar 12, 2026
Version 1
Sources Sought
Posted: Feb 24, 2026
View